Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 21, 2015 FBO #4958
SOLICITATION NOTICE

Y -- Replace Site Primary Electrical Pathway, DLA Distribution Susquehanna, PA

Notice Date
6/19/2015
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-15-B-0003
 
Point of Contact
Joshua L. Woodworth, Phone: 7177704192
 
E-Mail Address
joshua.woodworth@dla.mil
(joshua.woodworth@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contractor shall provide all labor, materials, equipment, supplies and supervision to perform the following work: Replace Site Primary Electrical Pathway, DLA Distribution Susquehanna, PA (DDSP), New Cumberland PA 17070. The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected that the contractor will visit the site of work and thoroughly familiarize himself with the conditions existing there. Failure on the part of the contractor to acquaint himself with the site conditions will not be sufficient reason for any increase in contract price. Summary of Work: •Demolition of existing equipment is to include, but not be limited to, the removal of multiple existing power utility poles and all associated hardware; the removal of existing 15KV feeder conductors and 600V neutral/ground conductors as indicated; and the removal of existing underground conduits/duct bank as indicated. •New installation is to include, but not be limited to, (2) new power utility poles and all associated hardware, re-routing of existing aerial 15KV conductors to the new utility poles, new pad mounted switchgear, new concrete encased duct bank, new electrical manholes, and new precast concrete utility trench. •Project is to be coordinated so as to minimize power disruptions associated with the existing and/or new 15KV "Blue" and "Red" feeders. All work shall be performed complete and in accordance with the specifications, drawings and solicitation requirements. Period of Performance: Contractor shall commence work upon receipt of the Notice to Proceed (NTP) and complete the entire work ready for use within 270 calendar days from receipt of the NTP. The majority of the work to be performed shall be during regular working hours which consist of an 8½ hour period established by the Contracting Officer, Monday through Friday, normally 0730 to 1630, excluding Government holidays. This acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 237130. The small business size standard is $36,500,000. The magnitude of this construction effort is between $1,000,000.00 and $5,000,000.00. The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-15-B-0003 for the above stated requirement is on or around July 6, 2015. A pre-proposal/site visit will be conducted. The exact date and time for the pre-proposal/site visit will be stated in the solicitation package. The solicitation will also establish the bid opening date and time. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Acquisition Specialist Joshua Woodworth at joshua.woodworth@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the IFB. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the bid opening date. Failure to acknowledge amendments may render your bid ineligible for award. All offerors MUST be registered in the System for Award Management (SAM) Database at http://www.sam.gov or an award cannot be processed. The solicitation will identify all information that the prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the bid being eliminated from consideration for award. All responsible small business concerns may submit a bid which shall be considered by this agency. The Government intends to award one contract as a result of this IFB. Award will be made to the lowest responsive, responsible bidder. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-15-B-0003 /listing.html)
 
Place of Performance
Address: New Cumberland, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN03770697-W 20150621/150619235152-f1c176e1d4c1a7c0d2ee463dc6f6eb31 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.